HomeMy WebLinkAboutItem 06.jd Cevi
Date: 18 March 2014
Item No.
APPROVAL OF A CONTRACT FOR SERVICES WITH CUMMINS NPOWER LLC TO
PERFORM PREVENTIVE MAINTENANCE OF CITY GENERATORS
Proposed Action
Staff recommends adoption of the following motion: Move to approve a contract with
Cummins NPower LLC to perform preventive maintenance services on designated City
generators.
Passage of this motion ensures continued inspection and servicing of the City's generators so
they are able to respond to power outages and other demands for service.
Overview
This contract encompasses the preventive maintenance inspections and servicing for
emergency and back-up generators at 14 City facilities. Included under the contract are the
four fire stations, the Water Treatment Facility, two lift stations, two portable units, City Hall,
the Central Maintenance Facility, the Police Department, and two wells.
Preventive maintenance activities involve the biannual inspection and annual full service of
each of the generators. The biannual inspections include the engine and transfer switch as
well as the oil, electrical, fuel, exhaust, and cooling systems. For the annual service, filters and
fluids are changed. The goal with this contract is to proactively eliminate problems through a
formal schedule of preventive maintenance services.
Three vendors returned proposals with Cummins NPower LLC providing all required services
at the least cost. The contract term expires on March 31, 2016. Staff have reviewed the
contract and associated documents and recommends its approval.
Primary Issues to Consider
• Is generator preventive maintenance necessary? Yes. The purpose of preventive
maintenance is to prolong the service life of the generators and ensure that they able to
operate in response to emergencies and other demands for service.
Supporting Information
• A copy of the contra for services and tabulation of proposals are attached
Christop * J. Petree
Public Works Director
Financial Impact: $22,560.00 Budgeted: Yes Source: Department Operating Budgets
Related Documents (CIP, ERP, etc.):
Notes: Sufficient funds are programmed in each department's budget to meet the annual cost.
CONTRACT FOR SERVICES
THIS AGREEMENT made this 7h day of April 2014, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the "City", and CUMMINS NPOWER LLC,
hereinafter referred to as the "Vendor".
THE CITY AND THE VENDOR, FOR THE CONSIDERATION HEREINAFTER
STATED, AGREE AS FOLLOWS:
1. CONTRACT AND CONTRACT DOCUMENTS. The Vendor hereby
covenants and agrees to perform and execute all the provisions of the Generator Preventive
Maintenance specifications prepared by the City for the facilities indicated, and as provided by
the City for generator preventive maintenance services. The Vendor further agrees to everything
required by this agreement and the contract documents.
a. The City agrees to pay and the Vendor agrees to receive and accept
payment in the sum of Twenty Two Thousand Five Hundred Sixty dollars and no
cents ($22,560.00), inclusive of sales tax, in accordance with the prices set forth
on the proposal forms attached hereto.
b. Payments to the Vendor will be made semiannually based on work
completed and submission and approval of an invoice.
C. Contract documents consist of the following component parts:
• This document entitled "Contract for Services".
• Generator Preventive Maintenance Specifications, Schedule A.
• Equipment Listing, Schedule B.
• Facility Listing, Schedule C.
• Proposal Forms for 2014 and 2015.
In the event of conflict between the provisions of these documents, the order in
which they are itemized above shall control resolving any such conflict.
d. The Vendor agrees for fully and satisfactory complete the work
contemplated by this contract.
2. INDEMNIFICATION.
a. The vendor shall indemnify, defend and hold harmless the City and its
officials, agents, representatives, and employees from any loss, claim, liability
and expense (including reasonable attorney's fees and expenses of litigation) with
respect to: (a) Worker's Compensation benefits payable on account of injury or
death to any Vendor employee or to any employee of Vendor's subcontractors,
where the injury or death arises out of or is in any way related to the work
performed or to be performed under the Contract; (b) claims for personal injury,
death, or property damage or loss asserted by a Vendor or subcontractor or any of
2
175004vl
their officers, agents, representatives, or employees where the injury, death,
damage, or loss arises out of or is in any way related to the work performed or to
be performed under the Contract; and (c) claims for personal injury, death, or
property damage or loss as asserted by third -parties at the work site, where the
claim is based in the whole or in any part on, or is in any way related to, any act
or omission by Vendor, or Vendor's subcontractors, agents, employees or
delegates.
b. Vendor shall agree that the indemnities stated above shall be construed
and applied in favor of indemnification. To the extent permitted by law, the stated
indemnities shall apply regardless of any strict liability or negligence attributable
to the City and regardless of the extent to which the underlying harm is
attributable to the negligence or otherwise wrongful act or omission (including
breach of contract) of Vendor, its subcontractors, agents, employees or delegates.
Vendor also agrees that if applicable law limits or precludes any aspect of the
stated indemnities, then the indemnities will be considered limited only to the
extent necessary to comply with that applicable law. The stated indemnities
continue until all applicable statutes of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may
require Vendor to furnish a written acceptance of tender of defense and indemnity
from Vendor's insurance company. Vendor will take the action required by City
within fifteen (15) days of receiving notice from City.
3. RIGHTS AND REMEDIES.
a. The duties and obligations imposed by the Contract Documents and the
rights and remedies available thereunder shall be in addition to and not a
limitation of any duties, obligations, rights and remedies otherwise imposed or
available by law.
b. No action or failure to act by the City or the Vendor shall constitute a
waiver of any right or duty afforded by any of them under the Contract, nor shall
any such action or failure to act constitute an approval of or acquiescence in any
breach thereunder, except as may be specifically agreed in writing.
4. GOVERNING LAW. The contract shall be governed by the laws of the State of
Minnesota.
5. INSURANCE. Prior to commencing work on the Contract, the Vendor shall
furnish the City a certificate of insurance. The Vendor shall furnish and maintain during the
project such public liability and property damage insurance as shall protect Vendor and any
subcontractors performing work covered by the Contract from claims for damages by Workers
Compensation Statute, and from claims for property damages or personal injury which may arise
from operations under this Contract, whether such operations are by Vendor or by an
subcontractor or anyone directly or indirectly employed by either of them and the amounts of
insurance shall be as follows:
a. Workers Compensation — as provided in the applicable law.
3
1750040
b. Comprehensive Public:
Liability — Personal Injury - $2,000,000.00
Property Damage - $2,000,000.00
C. Comprehensive Automobile:
Liability — Personal Injury - $2,000,000.00
Property Damage - $2,000,000.00
All insurance policies (or riders) required by this Contract shall be (i) taken out by Vendor and
maintained with responsible insurance companies organized under the laws of one of the states
of the United States and qualified to do business in the State of Minnesota, (ii) shall contain a
provision that the insurer shall not cancel or revise coverage thereunder without giving written
notice to Vendor as an insured party and to City as an additional insured at least thirty (30) days
before cancellation or revision becomes effective, (iii) shall name Vendor as an insured party and
City as an additional insured on a primary and non-contributory basis; (iv) shall be evidenced by
a Certificate of Insurance listing City as an additional insured which shall be filed with the City.
6. TERM. The term of this Contract shall begin on or about April 7, 2014 and end
on December 31, 2015, both dates inclusive, unless sooner terminated as hereinafter provided.
7. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Vendor agree
that the Vendor shall furnish any and all supplies, equipment, and incidentals necessary for
Vendor's performance of this Contract.
8. SUPERVISION OF VENDOR. The City's designated supervisor will be the
Facilities Maintenance Coordinator, who, acting on the City's behalf, shall be responsible for
providing communication and direction as to the provision of services by the Vendor under this
Contract. The vendor will contact the City of Lakeville as to the supply dates and the time they
will perform work at each facility.
The Facility Maintenance Coordinator's mailing address is: 20195 Holyoke Avenue, Lakeville,
MN 55044. Contact phone numbers are: (W) 952-985-2630; (C) 952-292-3374.
9. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right to
terminate Vendor at will immediately without cause at any time within the term of this Contract.
In the event of such termination, the City shall provide Vendor written notice of termination and
upon receipt of same, Vendor shall immediately cease and desist Vendor's provision of services
under this Contract and City shall have no further obligation under this Contract to pay any
further compensation to Vendor except for compensation due and owing for services prior to
Vendor's receipts of the written notice of termination.
10. INDEPENDENT CONTRACTOR. City and Vendor agree that Vendor, while
engaged in carrying out and complying with the terms and conditions of this Contract and the
provision of services thereunder, shall be considered at all times an independent contractor and
not an officer, employee, or agent of the City. City and Vendor further agree that Vendor shall
not at any time or in any manner represent that Vendor or any of the Vendor's Agents or
employees are in any manner agents or employees of the City. City and Vendor further agree that
Vendor shall be exclusively responsible under this Contract for Vendor's own FICA payment,
workers compensation payments, unemployment compensation payments, withholding amounts,
4
175004v1
and/or self-employment taxes or other taxes if any such payments, amounts, or taxes are required
to be paid by law or regulations.
11. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice
or other correspondence to be provided by or between the City and the Vendor in accordance
with this Contract shall be hand delivered or mailed by registered or certified mail to the
following address:
CITY: City of Lakeville
20195 Holyoke Avenue
Lakeville, MN 55044
VENDOR: Cummins NPower LLC
1600 Buerkle Road
White Bear Lake MN 55110
12. WAIVER OF DEFAULT. Any waiver by City of a default under the provisions
of this Contract by Vendor shall not operate or be construed as a waiver of a subsequent default
by the Vendor. No waiver shall be valid unless in writing and signed by the Mayor and the City
Administrator on behalf of the City.
13. NO ASSIGNMENT OR SUBCONTRACTING. The City and Vendor agree
that the services to be rendered by the Vendor under this Contract are unique and personal.
Accordingly, the Vendor may not assign or subcontract out any of the Vendor's rights or any of
the Vendor's duties or obligations under this Contract.
14. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or
any application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or provision to
persons or circumstances other than those as to which it is held invalid or unenforceable shall not
be effected hereby and each term and provision of this Contract shall be valid and be enforced to
the fullest extent permitted by law.
15. ENTIRE AGREEMENT. This instrument herein contains the entire and only
agreement between the parties and no oral statement or representation or prior written matter not
contained in this instrument shall have any force and effect. This Contract shall not be modified
in any way except by writing executed by both parties.
states:
16. DISCRIMINATION. Provider agrees to comply with Minnesota Statute that
Subsection A. That, in the hiring of common or skilled labor for the performance of any
work under any contract, or any subcontract, no contractor, material supplier or vendor,
shall, by reason of race, creed, or color, discriminate against the person or persons who
are citizens of the United States or resident aliens who are qualified and available to
perform the work to which the employment relates;
Subsection B. That no contractor, material supplier, or vendor, shall, in any manner,
discriminate against, or intimidate, or prevent the employment of any person or persons
5
175004v1
identified in clause (1) of this section, or on being hired, prevent, or conspire to prevent
the person or persons from the performance of work under any contract on account of
race, creed, or color;
Subsection C. That a violation of this section is a misdemeanor; and
Subsection D. That this contract may be canceled or terminated by the state, county, city,
town, school board, or any other person authorized to grant the contracts for employment,
and all money due, or to become due under the contract, may be forfeited for a second or
any subsequent violation of the terms or conditions of this contract.
17. WORK HOURS. Generator preventive maintenance shall start at 8:00 a.m. and
be completed before 4:00 p.m.
18. BACKGROUND CHECKS. The City must receive from the Vendor and each
Vendor's employee written authorization permitting the City of Lakeville Police Department to
perform a criminal history background check and further authorize the Police Department to
release the information obtained to the Lakeville City Council, City Administrator and other
appropriate employees. The City reserves the right to deny access to City facilities those Vendors
or Vendor's employees that it deems inappropriate.
19. MISCELLANEOUS.
a. Data Practices/Records.
(1) All data created, collected, received, maintained or disseminated
for any purpose in the course of this Contract is governed by the
Minnesota Government Data Practices Act, Minn. Stat. Ch. 13, any other
applicable state statute, or any state rules adopted to implement the act, as
well as federal regulations on data privacy.
(2) All books, records, documents and accounting procedures and
practices to the Vendor relative to this Contract are subject to examination
by the City.
b. Patented devices, materials and processes. If the Contract requires, or the
Vendor desires, the use of any design, devise, material or process covered by
letters, patent or copyright, trademark or trade name, the Vendor shall provide for
such use by suitable legal agreement with the patentee or owner and a copy of
said agreement shall be filed with the Owner. If no such agreement is made or
filed as noted, the Vendor shall indemnify and hold harmless the Owner from any
and all claims for infringement by reason of the use of any such patented
designed, device, material or process, or any trademark or trade name or
copyright in connection with the Project agreed to be performed under the
Contract, and shall indemnify and defend the Owner for any costs, liability,
expenses and attorney's fees that result from any such infringement.
C. Prompt Payment to Subcontractors. Pursuant to Minn. Stat. §471.25,
Subd. 4a, the Vendor must pay any subcontractor within ten (10) days of the
Vendor's receipt of payment from the City for undisputed services provided by
the subcontractor. The Vendor must pay interest of one and one-half percent
(U/2%) per month or any part of a month to the Subcontractor on any undisputed
175004v1
amount not paid on time to the subcontractor. The minimum monthly interest
penalty payment for an unpaid balance of One Hundred Dollars ($100.00) or
more is Ten Dollars ($10.00). For an unpaid balance of less than One Hundred
Dollars ($100.00), the Vendor shall pay the actual penalty due to the
subcontractor.
CITY OF LAKEVILLE
It -114
AND:
Matt Little, Mayor
Charlene Friedges, City Clerk
VENDOR Cummins NPower LLC
ITS:
STATE OF MINNESOTA )
( ss.
COUNTY OF DAKOTA )
The foregoing instrument was acknowledged before me this day of ,
2014, by Matt Little and by Charlene Friedges, respectively the Mayor and the City Clerk of the
City of Lakeville, a Minnesota municipal corporation, on behalf of the corporation and pursuant
to the authority granted by its City Council.
STATE OF MINNESOTA )
( ss.
COUNTY OF )
2014,
NOTARY PUBLIC
The foregoing instrument was acknowledged before me this day of ,
by the of
a _ _ corporation, on behalf of the
corporation.
NOTARY PUBLIC
7
175004v1
RFP TABULATION
CITY OF LAKEVILLE
GENERATOR PM ON 14 GENERATORS
PROPOSAL OPENING:
CONTRACTOR PROPOSAL 4/1/2014 TO 12/31/2014 PROPOSAL 1/1/2015 TO 12/31/2015
CUMMINSNPOWER LLC $11,280.00 $11,280.00
WHITE BEAR, MN
ZIEGLER POWER SYSTEMS $13,175.00 $13,175.00
SHAKOPEE, MN
INTERSTATE POWER SYSTEMS $12,152.00 $12,550.00
MINNEAPOLIS, MN